Loading...
HomeMy WebLinkAboutContract 43859 (2)CITYOF FONT SORT1=9, TE) AS STANDARD AG R EFMLEN T FOR ENGINE R D N G EST CITYSECRETARYIJMC NCONTRACTfNa� DESIGN SERVIC This AGREEMENT is between the City of Fort Worth, a Texas home rule municipality (the "CITY"), and Teague Nall and Perkins, Inc., authorized to do business in Texas, (the "LNGIND .R"), for a PROJECT generally described as: Ray White Gap Beach Street to Crawford Farms. Article Scope of Services A. The Scope of Services is set forth in Attachment A and A-1. Article II Compensation A. The ENGINEER's compensation shall be $49,000 as set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGRLEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 1 of 16 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (c) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement providing professional engineering consultation and advice and furnishing customary services incidental thereto. B Standard of Care The standard of care applicable to the ENGINEER s services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. Subsurface investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 2 of 16 (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that cni ild affect the total PROJECT rest and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER D Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires* provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E Engineer% Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on -site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 3 of 16 (3) ENGINEER to make exhaustive or continuous on -site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on -site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions time or quality of performance by third parties; quality type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling ana observation that the work has progressed to the point indicated Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 4 of 16 matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part on the basis of information compiled and furnished by others, and may not always represent the exact location, type of yarinlus components nr exact manner in wh ch the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accord with the City of Fort Worth Business Diversity Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterpnses and/or small business enterprises in City contracts Engineer acknowledges the MBE and SBE goals established for this contract and its accepted wntten commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not Tess than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include In all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 5 of 16 (3) facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative ('.ode in effect as of the time copying is performed. K. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability e the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall oe included as an insured under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions by endorsements that would alter or nullify premises/operations, products/completed operations, contractual, personal injury, or advertizing injury, which are normally contained within the policy, unless the CITY approves such exclusions in writing. ii ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto — the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1 000,000 each accident. Such insurance shall cover liability arising out of 'any auto', including owned, hired, and non -owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non -owned is City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 6 of 16 acceptable. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation —ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability — the ENGINEER shall maintain professionai liability, a claims -made policy, with a minimum of $1,000,000.00 per claim ana aggregate The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 7 of 16 d. Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the respeefve Department flirectnr (hy name) city of Fort VVorth, 1000 Throckmorton, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000 00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first -dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY.. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGINEER may be required to provide proof of insurance premium payments. Lines of coverage, other than Professional Liability, underwritten on a claims -made basis, shall contain a retroactive date coincident with or prior to the date of the contractual agreement The certificate of insurance shall state both the retroactive date and that the coverage is claims -made. k. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption nor restrictive moaification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 8 of 16 m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract arlc prior to final payment unaer the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with pubiishea design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shalt revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 9 of 16 amendment to this AGREEMENT. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City -Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY wiii perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER s services. The CITY will be responsible for all acts of the CITY s personnel. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights - of -way, and access necessary for the ENGINEER's services or PROJECT construction. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 10 of 16 D Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate, and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in ar:cnrrlanna with Attachment tl. E Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV E regarding the ENGINEER's Personnel at Construction Site, and pr ov'sions providing con'ractor indemnification of the CITY ard the ENGINEER for contractor's negligence. H. Contractor Claims and Third -Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 11 of 16 no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER " (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there re no third -party, bPnPfiriaries_ (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third -party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/instaliation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or aocumentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER'S cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 12 of 16 Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B Reuse of Project Documents All designs, drawings, specifications documents, and other work products of the ENGINEER whether in hard copy or in electronic form, are instruments of service for this PROJECT whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, arawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with in 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 13 of 16 b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with terrninat on services the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify hold harmless and defend the CITY against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control. G Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business u nderstandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including n egligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole n egligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 14 of 16 I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. K. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder and shall observe and comply with ail orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules constitutes the entire AGREEMENT, superseaes all prior written or oral unaerstandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - Scope of Services Attachment B — Compensation Attachment C - Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 15 of 16 Attachment E - Location Map Executed and effective this the BY: CITY OF FORT WORTH Thideandoi Fernando Costa Assistant City Manager Date: //yAZ APPROVAL RECOMMENDED: By: t.- Director, Transportation and Works Department ,C1,5 L.iuuy. V y) V V ICI JI(y, r L. APPROVED AS TO FORM LEGALITY By: Douglas W. Black Assistant City Attorney ATTEST: Ae EST. day o , 2012. BY: ENGINEER Teague Nall and Perkins, Inc. Date: S non ge Principal (eicCAse(t% public AND M&C No.: M&C Date: .)Q o d a J. Kay �r U y City Secretary City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 08/09/2012 Page 16 of 16 V c : 2k 000 4t acisvel ibeiaste� ATTACHMENT "A" Scope for Engineering Design Related Services for Street Improvements The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE During the design of Ray White Road Improvements, it was determined that the City wanted to change the paving section from HMAC to Concrete, include the design for the adjacent sidewalks on the north and south sides of the road, extend a sanitary sewer main, final plat the new right of way, and publicly bid the project instead of utilizing the ILA with Tarrant County. Plans, previously prepared by the ENGINEER, are to be modified to include the layout, elevations, and associated walls required for the sidewalk improvements and incorporate other objectives listed above. Task 1. Task 2. Task 3. Task 4. Task 5. Task 6. Task 7. Task 8. Task 9 Task 10. TASK 1. WORK TO BE PERFORMED Design Management - (DELETED) Conceptual Design - (DELETED) P reliminary Design - (DELETED) Final Design Bid Phase Services Construction Phase Services ROW/Easement Services S urvey and Subsurface Utility Engineering Services - (DELETED) Permitting P lan and Submittal Checklists - (DELETED) DESIGN MANAGEMENT - (DELETED) TASK 2. CONCEPTUAL DESIGN (30 PERCENT) - (DELETED) TASK 3. PRELIMINARY DESIGN (60 PERCENT) - (DELETED) TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). U pon approval of the Contract, ENGINEER will prepare construction plans as follows: The ENGINEER shall submit Final Plans (100%) to the CITY per the approved P roject Schedule Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas The ENGINEER shall submit a final design estimate of probable construction cost with the 100% design package. This estimate shall use ONLY standard CITY bid items. City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 1 of 7 4.1. Geotechnical Investigation/Pavement Design • Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. In addition to the above investigations, borings and appropriate field and laboratory analysis will be made at reasonable intervals along the project alignment for the Contractor's use in determining soil conditions for preparing bids and a Trench Safety Plan. • The ENGINEER shall prepare a detailed geotechnical engineering study and pavement design in conformance with the City of Fort Worth Pavement Design Standards Manual, 2005. The study shall include recommendations regarding utility trenching and identify existing groundwater elevation at each boring. ASSUMPTIONS • A DWF file for the 100 % Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw DELIVERABLES A. 100% construction plans and specifications. B. Detailed estimates of probable construction costs including summaries of bid Items and n[ tantities [ icing the CITY's stanrlarrl hid items and format, C. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. • Contract documents shall be uploaded in a .xls file. Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set The .dwf will consist of individual files one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. City of Fort Worth, Texas Attachment A PMO Release Date: 07.23,2012 Page 2 of 7 • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. • • • • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. Attend the bid opening in support of the CITY. Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on Buzzsaw. Incorporate all addenda into the contract documents and issue conformed sets. ASSUMPTIONS The project will be bid only once and awarded to one contractor. • 0 sets of construction documents will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. 10 sets of construction documents will be printed and made available for purchase by planholders and/or given to plan viewing rooms. • 10 sets of _full_ size plans and specifications (conformed, if applicable) will be delivered to the CITY. • 5 sets of _half size plans (conformed, if applicable) will be delivered to the CITY. • PDF and DWF files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. Construction documents (conformed, if applicable) E CFW Data Spreadsheet TASK 6. CONSTRUCTION PHASE SERVICES. City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 3 of 7 ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre -construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. The ENGINEER shall review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The ENGINEER shall log and track all shop drawings, samples and other submittals in Buzzsaw. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders; and make recommendations as to the acceptability of the work. • The ENGINEER snail attend the "Final" project walk through and assist with preparation of final punch list. 6.2 Record Drawings The ENGINEER shall prepare record drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As -Built Survey o Red -Line Markups from the Contractor o Red Line Markups from City Inspector o Copies of Approved Change Orders o Approved Substitutions • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet o r not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 4 of 7 o These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings. The ENGINEER may keep copies of the information proviaea by the CITY for their files, but ail original red-iined drawings shall be returned to the CITY. Record Drawings shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set Each PDF and DWF file shall contain all associated sheets of the particular plan set Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org' designating the file is of an original plan set, ` 47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf II. Water and Sewer file name example — "X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_orgl8.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in Buzzsaw. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS ® 3 site visits are assumed, Including final walk through. 4 submittal reviews are assumed. • 1 RFI's are assumed. City of Fort Worth, Texas Attachment A PMO Release Date: 07,23,2012 Page 5 of 7 • 1 Change Orders are assumed. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. Record Drawings TASK 7. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 7.1. Research • The ENGINEER shall determine easements needs for construction of the project. Required temporary easements will be identified based on available information and recommendations will be made for approval by the CITY. 7.2. Easement Preparation and Submittal. • The ENGINEER shall prepare exhibits to be used to obtain temporary easements required to construct the improvements. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. 7.3. Preliminary/Final Plat. • The ENGINEER shall prepare the Preliminary/Final Plat for the right-of-way required across the Jerry E Crawford Tract. • Plat approval and execution by the property owner will be obtained by the City. ASSUMPTIONS • Anticipating two Temporary Construction Easements. • Right -of -Way research includes review of property/right-of-way records based on current Internet based Tarrant Appraisal District (TAD) information available at the start of the project and available on -ground property information (i.e. iron rods, fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD right-of-way takings, easement vacations and abandonments, right-of-way vacations and street closures. DELIVERABLES A. Easement exhibits and meets and bounds provided on CITY forms. City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 6 of 7 TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES (DELETED) TASK 9. PERMITTING 9.1. Storm Water Pollution Prevention Plan • For projects that disturb an area greater than one (1) acre, ENGINEER will artnare the Stnrm Water Pnlli tinn Prra antinn Plan (SWPPP) rcqu rod for the Project for use by the Contractor during construction ENGINEER will prepare drawings and details for proposed SWPPP improvement that the Contractor must use during construction. Contractor will be responsible for filing the SWPPP with appropriate regulatory agencies. 9.6. Texas Department of Licensing and Regulation (TDLR) • The opinion of probable construction cost for pedestrian elements is anticipated to be below $50,000. Per Texas Administrative Code 68.102(a) and 68.54, public right-of-way projects with pedestrian elements less than $50,000 are not required to be submitted to TDLR for registration and review. DELIVERABLES A. 3 hard copies of the Storm Water Pollution Prevention Plan (SWPPP). TASK 10. PLAN SUBMITTAL CHECKLISTS - (DELETED) ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existincit Scope of Services - CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre -qualification, bid protests, bid rejection and re -bidding of the contract for construction. • Construction management and inspection services • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 7 of 7 ATTACHMENT A DESIGN SERVICES FOR RAY WHITE GAP - BEACH STREET TO CRAWFORD FARMS CITY PROJECT NO.: 01674 ATTACHMENT A- I Scope for Enaineerina Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR RAY WHITE GAP - BEACH STREET TO CRAWFORD FARMS CITY PROJECT NO.: 01674 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. Task 1. Task 2. Task 3. TaskA uu'-r. Task 5. Task 6. Task 7. Task 8. Task 9. WORK TO BE PERFORMED Design Management - (DELETED) Conceptual Design - (DELETED) P reliminary Design - (DELETED) II DCOI&I Bid Phase Services Constr.' iintirm Phase Seniirec ROW/Easement Services S urvey and Subsurface Utility Engineering Services - (DELETED) P lan Submittal Checklists - (DELETED) TASK 1. DESIGN MANAGEMENT. - (DELETED) TASK 2. CONCEPTUAL DESIGN (30 PERCENT). - (DELETED) TASK 3. PRELIMINARY DESIGN (60 PERCENT). - (DELETED) TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Contract, ENGINEER will prepare construction plans as follows: ® The ENGINEER shall submit Construction Documents (100%) to the CITY per the approved Project Schedule Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas ® The ENGINEER shall submit a final design estimate of probable construction cost with the 100% design package. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS ® A DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 1 of 7 • ATTACHMENT A DESIGN SERVICES FOR RAY WHITE GAP - BEACH STREET TO CRAWFORD FARMS CITY PROJECT NO.: 01674 DELIVERABLES A. 100% construction plans and specifications. B. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. C. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. • Contract documents shall be uploaded in a .xis file. • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template anti will he nnnitlatad and nnnfinurerl cn that all panes are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The .dwf will consist of individual files one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to ail bidders questions and requests, in the form of addenda The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders • Attend the prebid conference in support of the CITY. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 2 of 7 ATTACHMENT A DESIGN SERVICES FOR RAY WHITE GAP - BEACH STREET TO CRAWFORD FARMS CITY PROJECT NO.: 01674 • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on Buzzsaw. I........n a .-ai.. all ...1ala.. .J.. a.. il.... a .. as ..l i •r - 1IIlrvIpulatC all auucllucx i1Itu inc tulltial�t UULUIMler)tJ arlu ISSUU GUrrlurrfled sets. ASSUMPTIONS • • • The project will be bid only once and awarded to one contractor. 0 sets of construction documents will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. 10 sets of full size and 5 sets of half size drawings plans and 10 specifications (conformed, if applicable) will be delivered to the CITY. • PDF, and DWF files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda B. Bid tabulations C. CFW Data Spreadsheet D. Recommendation of award E Construction documents (conformed, if applicable) TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support The ENGINEER shall attend the preconstruction conference. After the pre -construction conference the ENGINEER shall provide project exhibits and attend public meeting to help expia n the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER shall visit the project site at requested intervals as construction proceeds to observe and report on progress. As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents review change orders, and make recommendations as to the acceptability of the work. The ENGINEER shall attend the "Final" project walk through and assist with preparation of final punch list • City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 3 of 7 ATTACHMENT A DESIGN SERVICES FOR RAY WHITE GAP - BEACH STREET TO CRAWFORD FARMS CITY PROJECT NO.: 01674 6.2 Record Drawings • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As -Built Survey o Red -Line Markups from Contractor o Red Line Markups from City Inspector o Copies of Approved Change Orders o Approved Substitutions The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. The following disclaimer shall be included with the Record Drawing stamp: o These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings . The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red lined drawings shall be returned to the CITY. • • 1) Record Drawings shall also be submitted in both Adobe Acrobat PDF format (version 6 0 or higher) format and DWF format There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set Each PDF and DWF file shall contain all associated sheets of the particular plan set Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_rec47.pdf" where "W-1956" is the assigned file number obtained from the CITY, `_rec' designating the file is of a record drawing plan set, ` 47" shall be the total number of sheets in this file. Example: W-0053_rec3.pdf and K-0320_org5.pdf City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 4 of 7 ATTACHMENT A DESIGN SERVICES FOR RAY WHITE GAP - BEACH STREET TO CRAWFORD FARMS CITY PROJECT NO.: 01674 II. Water and Sewer file name example — "X-35667_rec36.pdf' where "X- 35667" is the assigned file number obtained from the CITY, "_rec" designating the file is of a record drawing plan set, "36" shall be the total number of sheets in this file. Example: X-12755 Jec18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawings folder in Buzzsaw. ASSUMPTIONS • 1 RFI's are assumed. • 1 Change Orders are assumed DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information v. RCV Cvv VI Lalot tyt VIVerb D. Review of shop drawings E Final Punch List items F. Record Drawings on Mylar TASK 7. ROW/EASEMENT SERVICES ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 7.1. Research • The ENGINEER shall determine easements needs for construction of the project. Required temporary easements will be identified based on available information and recommendations will be made for approval by the CITY. 7.2. Easement Preparation and Submittal. • The ENGINEER shall prepare exhibits to be used to obtain temporary easements required to construct the improvements. • The ENGINEER shall submit the easement documents to CITY PM for real property acquisition • The documentation shall be provided in conformance with the checklists and templates available on the CITY s Buzzsaw site. City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 5 of 7 7.3. Preliminary/Final Plat. • ATTACHMENT A DESIGN SERVICES FOR RAY WHITE GAP - BEACH STREET TO CRAWFORD FARMS CITY PROJECT NO.: 01674 The ENGINEER shall prepare the Preliminary/Final Plat for the right-of-way required across the Jerry E. Crawford Tract. • Plat approval and execution by the property owner will be obtained by the City. ACC' IMIDIVINQ • 0 Easements or right-of-way documents will be necessary. • 2 Temporary Construction Easements. • Right -of -Way research and mapping includes review of property/right-of-way records based on current Internet based Tarrant Appraisal District (TAD) information available at the start of the project and available on -ground property information (Le. iron rods, fences, stakes etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. DELIVERABLES A. Easement exhibits and meets and bounds provided on CITY forms. TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. (DELETED) TASK 9. PLAN SUBMITTAL CHECKLISTS- (DELETED) ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scone of Services - CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • • • • • N egotiation of easements or property acquisition including temporary right -of -entries. S ervices related to development of the CITY's project financing and/or budget. S ervices related to disputes over pre -qualification, bid protests, bid rejection and re- bidding of the contract for construction. Construction management and inspection services Periodic site visits during construction phase City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 6 of 7 ATTACHMENT A DESIGN SERVICES FOR RAY WHITE GAP - BEACH STREET TO CRAWFORD FARMS CITY PROJECT NO.: 01674 • Design phase public meetings • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services related to submitting for permits (ie.TxDOT, railroad, etc...) • Services related to Subsurface Utility Engineering Levels A, B, C or D • Services related to Survey Construction Staking • Services related to acquiring real property including but not limited to easements, right- of-way, and/or temporary right -of -entries. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Construction Shop drawing review, samples and other submittals submitted by the contractor. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 7 of 7 ATTACHMENT B COMPENSATION Design Services for Ray White Gap — Beach Street to Crawford Farms City Project No. 01674 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $ 49,000 as summarized in Exhibit B-1 — Engineer Invoice and Section IV — Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II Method of Payment. IL Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Scheouie as required in Attachment D to this Agreement. R The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the -Transportation and Pub! c Wo"ns Depar`� i Lei t, monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 1 of 3 B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility P rime Consultant Teague Nall & Perkins Design Services P roposed MBE/SBE Sub -Consultants rtioNnam•• 1 I V'JVI IC N on-MBE/SBE Consultants CMJ Engineering Geotechnical Investigation Pr%s rYt NMt„LGI - Ntn6 Fee Amount $44,500 90.8% $4,500 9.2% TOTAL $ 49,000 100% 1 Lal I Ca RAQCIO QC Caa In LPL/OWL 1 GC'. Ray White nap — Raarh Streat to $ 49,000 $ 0 Crawford Farms nnQCi'QC 161 L76/<7lane % n of City MBE/SBE Goal = 0 % Consultant Committed Goal = 0 % City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 2 of 3 B-2 EXHIBIT ` B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth, Texas Attachment B PMO Official Release Date: 8.09.2012 Page 3 of 3 Professional Services Payment Request Project Manager: `Jean-Marie Alexander Project: I Ray White Gap - Beach Street to Crawford Farms City Project #: 101674 City Sec Number: I Company Name: ITeave Nall & Perkins Consultants PM: Scott Gibson Vendor Invoice #: Payment Request #: I From Date: To Date: Invoice Date: Sheet Work Type 1 Work Typo 2 Work Type 3 Work Type 4 Work Type 5 Work Type 6 Consultant Instructions: Summary Fill in green cells including Invoice Number, From and To Dates and the included worksheets. When your Invoice is complete, save and close, start Buzzsaw and Add your Invoice to the Consultant folder within Projects folder. email: sgibson(mtnoinc.com Office Address 1100 Macon Street, Fort Worth, Texas 76102 Telephone: 1817-336-5773 Fax: 817-336-2813 Remit AddresS:I1100 Macon Street, Fort Worth, Texas 76102 FAC and Work Type Description Enaineenno Des an C204 531200 2072301807X0C P253-531200-6021701674XX P258531200-7021701674XX Totals This Payment Request Agreement Amendment Amount Amount $42.975.00 $2.410.00 $3 615.00 Agreement Amount to Date $42,975.0C $2,410.0C $3,615.0C $49,000,00 $49.000.00 Overall Percentage Complete: Completed Percent Amount Completed LOCK UNLOCK ($) Invoiced Current Previously Invoice Remaining Balance $42,975.00 $2.410.00 $3,615.00 $49,000.00 Professional Services Payment Request Project Manager. Jean-Marie Alexander Project: Ray White Gap - Beach Street to Crawford Farrr City Project #: 01674 Work Type Dose: Engineering Design Consultant Instructions: FIAIC: C204 531200 2072301807XX City Sec Number. Purchase Order. Company Name: Teague Nall & Perkins Fill in green cells including Percent Complete and Invoiced Previously Quanities When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the Consultant folder within Projects folder. Consultants PM: Scott Gibson email: sgibson®tnpinc.com Vendor Invoice #: Office Address:1100 Macon Street Fort Worth, Texas 76102 Payment Request #: Telephone: 817-336-5773 From Date: Fax: 817-336.2613 To Date: Invoice Date: Remit 1100 Macon Street, Fort Worth, Texas 76102 Pay Items Agreement Agreement Amendment Amendment Amount to Completed Percent ($) Invoiced Current Remaining Description Amount Number Amount Date Amount Completed Previously Invoice Balance 33 - Final Design Final Desian $27,975.00 727,975.0C $27.975.00 32 - Geolech Report Geotechmcal Services 54,500.00 $4,500.001 54,500.00 33 - Printing PrinWm S1.000.00 $1.000.991 51,000.00 51 - Preliminary Survey Construction Easements 52,000.08 52,000.0C 32,000.00 Si - Prehmnary Survey Prehmnary Plat $3,000.00 $3,000.0C $3,000.00 51 - Preliminary Survey Final Plat $4,500.00 $4,500.00 $4,500.00 Totals This Unit: $42.975.00 $2 975.00 542 975.00 Overall Percentage Complete: Professional Services Payment Request Project: Ray White Gap - Beach Street to Crawford Farm City Project*: 01674 Work Type Desc: P253-531200-6021701674X( HNC: City Sec Number. Purchase Order. Company Name: Teague Nall & Perkins Project Manager. Jean-Marie Alexander Consultant Instructions: Fill in green cells including Percent Complete and Invoiced Previously Quanities When your Invoice is complete, save and close, start Buasaw and Add your invoice to the Consultant folder within Projects folder. Consultant's PM: scat Gibson email: sgiluonampmacom Vendor Invoice it: Office Address: 1100 Macon Street, Fort Worth, Texas 78102 Payment Request*: Telephone: 817-336-5773 From Date: Fax: 817-336-2813 To Date: Invoice Date: Remit 1100 Macon Street, Fort Worth, Texas 76102 Pay Items 33 • Final Desicn Submitted by: Description Water Final Desion Totals This Unit: Agreement Agreement Amendment Amendment Amount to Completed Percent ($) Invoiced Current Remaining Amount Number Amount Date Amount Completed Previously Invoice Balance $2,410,00 52,410.0C 52,410,00 $2.410,00 $2,410.00 $2 410.00 Overall Percentage Complete: Professional Services Payment Request Project Manager. Jean -Mane Alexander Project: Ray White Gap - Beach Street to Crawford Farm City Project it: 01674 Work Type Desc: P258-531200-7021701674XX Consultant Instructions: FIA/C: City Sec Number. Fill in green cells including Percent Complete and Invoiced Previously Quanities Purchase Order When your Invoice is complete, save and close, start Buasaw and Add your invoice to the Consultant folder within Projects folder. Company Name: Teague Nall & Perkins Consultant's PM: Scott Gibson email: sgibsonctnpinc.com Vendor Invoice is Office Address: 1100 Macon Street, Fort Worth, Texas 76102 Payment Request S: Telephone: 817-336-5773 From Date: Fax: 817-336.2613 To Date: Invoice Date: two 0 Macon Street, Fort Worth, Texas 76102 Pay Items 33 - Fnal Design Description Sewer Final Design Totals This Unit Agreement Agreement Amendment Amendment Amount to Completed Percent ($) Invoiced Current Remaining Amount Number Amount Date Amount Completed Previously Invoice Balance $3,815.00 $3,615.0C S3.815.00 S3 615.00 $3.615.00 ;3.615.00 Overall Percentage Complete: Task No. Task Description Rate 1.0 Project Management 1.1 Managing the Team 1.1.1 Internal Team Meetings 1.1.2 QA/QC 1.2 Communications and Reporting 1.2.1 Pre -Design Coordination Meeting [monthly, bi-monthly, monthly] Project 1.2.2 Update Meetings 1.2.3 Design Submittal Review Meetings 1.2.4 Prepare Baseline Schedule Prepare Monthly Progress Reports with 1.2.5 Schedule 1.2.6 Prepare Monthly MBE/SBE Reports 1.2.7 Invoicing 2.0 Conceptual Design,(30-Percent) 3.0 Preliminary Design (60 Percent) 3.1 Preliminary Design Drawings Geotechnical I nvestigation/Pavement 3.2 Design 4.0 Final Design Final Draft (90%) Construction Plans and 4.1 Specifications 4.2 Final (100%) Plans and Specifications 4.3 4.4 5.0 5.1 Project Decision Logs (90% and 100%) Construction Estimates (90% and 100%) Bid Phase Bid Support Sell Contract Documents and Maintain 5.1.1 Plan Holders List 5.1.2 Issue Addenda 5.1.3 Attend Pre -bid Conference 5.1.4 Attend Bid Opening 5.1.5 Tabulate Bids and Recommend Award 5.1.6 Issue Conformed Contract Documents City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012 Project Project Director Manager $220 $150 1 5 2 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Ray White Gap - Beach to Crawford Farms City Project No. 01674 Labor (hours) Project Total Labor EIT CADD Administrative Subconsultant Engineer Cost $120 $100 $80 $55 MWBE Non-MWBE 21 0 1 :', 9 $4,065I- $0 $0 1 1 9 $350 $520 -$0 $0 §270 $270) $1,080 9 $495 $1.080 $0 $0 $D p $0j so s4so0 $ot $Oj $4,500 47 47 5;- $14,465 40 45 43 2 2 2 1 2 So $13,315 $390 $760 $1,785f ' 4 $420 '$240 $270 $150 '$260 .$44 $0 $0 Expense Total Expense Task Sub Total Travel Reproduction Cost $0 $0 x0 $4,065 $0 $350 $0J $520 $0J $D $0 $0 $0 $270 $0 $270 $0 $1,080 $01 $495 $0J $1,080 $o so so o so $o so st sooj sasoti so " $9 $4,5001 $4,500 $100 $100J $14,565 $0 $O $100 $100 $13,415 $0 $390 D $760 SO 5500 $500J $2,285 $500 $500 $920 $0 $240 $01 $270 $0 $150 $01 $260 §0 $445 r„ 1 of 2 Task No. Task Description Rate 6.0 Construction Phase Services 6.1 Construction Support 6.1.1 Attend Preconstruction Conference 6.1.2 Attend Public Meeting 6.1.3 Project Site Visits 6.1.4 Submittal Review Request for Information/Change Order 6.1.5 Review 6.1.6 Final Walk Through and Punch List 6.2 Record Drawings 7.0 ROW/Easement Services 8.0 Survey 8.1 Design Survey 8.2 Temporary Right of Entry Submittal 8.3 Construction Survey 8.4 Preliminary Plat / Final Plat 9.0 Permitting 9.1 SWPPP 9.2 Environmental Services 9.3 Floodplain Services 9.4 TxDOT 9.5 Railroad 9.6 TDLR 9.7 City of Fort Worth Parks Conversion City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 8.09.2012 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Ray White Gap - Beach to Crawford Farms City Project No. 01674 Labor (hours) Project Project Project Total Labor EIT CADD Administrative Subconsultant Director Manager Engineer Cost $220 $150 $120 $100 $80 $55 MWBE Non-MWBE 2 2 6 6 6 3j 4 6 Expense 2 $4,660 $0 $0 " $240) 0 : $860j $720j 2 - 99801 $99DJ $3J000 $$.000 $0 $0 $0 $0 $0 35 $31,475 $0 $0' so $0 $4,506 Total Expense Travel Reproduction Cost Task Sub Total $150 $150 $4,810 $0 $240 $50 $50 $910 $0 $870 $0 $0. $720 $0 $980 $100 $100 $1,090 $0 $0 $0 $0 $0 $0 $200 $200 �200 $9,700 $0 $2,000 $0 $7,700 $50 $50 $3t050 $50 $50 $3,050 $0 $0 $0 $0 $0 $0 $Q $0 $0 $0 $1,000 $5.500 $42,975 Project Summary Total Hours Total Labor Total Expense MBE/SBE Subconsultant Non-MBE/SBE Subconsultant 5% Sub Markup MBE/SBE Participation Total Project Cost 371 $37,475 $5,500 $0 $4,500 $225 0.0% $43,200 2 of 2 Task No. Task Description 1.0 Project Management 1.1 Managing the Team 1.1. QA/QC 1.2 Communications and Reporting EXHIBIT B-2 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Water and Sanitary Sewer Extension Contract City Project No. 01674 Labor(hours) Expense Principal Project Project EIT CADD Administrative Total Labor Subconsultant Total Expense Task Sub Total Manager Engineer Cost Travel Reproduction Cost Rate $220 $150 $120 $1001 $80 $60 MWBE Non-MWBE 1 3.5 0 0 0 0 $745 $0 $0 $0 $6 $0 $745 1 1 $370 $0 $370 1.2. Pre -Design Coordination Meeting 1.5 1.2. Design Submittal Review Meetings 1 1.2. Prepare Baseline Schedule Prepare Monthdy Progress Reports with 1.2. Schedule 1.2. Prepare Monthly MBE/SBE Reports 2.0 Conceptual Design (30-Percent) 0 2.1 Data Collection 2.2 Conceptual Design Package 2.2. Cover Sheet 2.2. Exhibits and Summary 2.2. Phasing 2.2. Construction Estimate 3.0 Preliminary Design (60 Percent) 3.1 Preliminary Design Package 3.1.1 Cover 3.1.2 Overall Layout 3.1.3 Plan and Plan/Profile Sheets 3.1.4 Specifications 3.1.5 ' Construction Estimate 3.2 Constructability Review 3.3 Utility Clearance 4.0 Final Design Final Draft (90%) Construction Plans and 4.1 Specifications 4.2 Final (100%) Plans and Specifications 4.3 _Construction Estimates (90% and 100%) City of Fort Worth, Texas Attachment 6 - Level of Effort Supplement Typical Water and Sewer Replacement FWWTR Official Release Date: 8.09.2012 $225 $150 $0 $01 $225 $01 $150 $01 $0 $0 $0 $0 $0 0 0 0 0 0 $0 $0 $0 $0 $0 $0 0 0 0 0 0 0 $o $o $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $01 $0 $0 $01 $0 $0 $01 $0 $0 $0 $0 $0 $0 $0 6 28 0 12 1 5 24 1 4 12 $5,280 $0 $0 $0 $0 $0 $5,280 $0 $0 $0 $4,650 $01 $4,650 $630 $0 $630 5.0 Bid Phase I 5.1 Bid Support 5. . Upload Documents to Buzzsaw 5. . Sell Contract Documents and Maintain Plan Holders List 5.tIssue Addenda 5. Attend Bid Opening 5.1. Tabulate Bids and Recommend Award 5.2 Mylar Drawings 6.0 Construction Phase Services 6.1 Construction Support 6.1. Attend Preconstruction Conference 6.I!. Attend Public Meeting 6.2 Record Drawings,As Built 7.0 ROW/Easement Services 7.1 Right -of -Entry Documents 8.0 Survey 8.1 Design Survey Total: 1 Water Line Footage 1 Sewer Line Footage 2I 40% 60% 100% (A) Total Fee $6,025 (B) Survey Fee $0 (C) Total Fee (-) survey Fee $6,025 1 Water Fee (40% of C) Sewer Fee (60% of C) 1 $2,410.00 $3,615.00 Description WP Water Sewer Conceptual Design (0%) 31 $0.00 $0.00 Prelimirary Design (0%) 32 $0.00 $0.00 Final Design (100%) 33 $2,410.00 $3,615.00 Survey 51 $0.00 $0.00 Subtotal Total City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FWWTR Official Release Date: 8.09.2012 1 $2,410.001 $3,615.00 $6,025.00 $I $1 $1 $I $I, II $i $I - $I $I $I $1 t. $6,024 $u $II $II $II $ $II $U $ $1 $U $ $II $4 $4 $I I $n Project Summary Total Hour: Total Labo Total Expense MBE/SBE Subconsultan Non-MBE/SBE Subconsultan 10% Sub Marku MBE/SBE Participation Total Project Cosi $6,02 0.0° $6,025.0 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Ray White Gap — Beach Street to Crawford Farms City Project No. 01674 <List any changes to the Standard Agreement> City of Fort Worth, Texas Attachment C PMO Release Date: 05.19.2010 Page 1of1 CFW - Integrated Program Management Layout: CFW-03 Project Status Schedule for PDF ID 5 V 8 0:43 vg-2_11 Task Name Project Planning Program / Project Planning Planning Project Agreement Project / Contract Agreement Project Start Select Consultant / Negotiate Fee & Scope Tarrant County M&C Process - Design Tarrant County 9 Award Agreement - Design Tarrant County 10 f q' Agreement Execution 11 C/'LJ Design 12 ff Conceptual Design 13 ✓1j Issue Design Notice To Proceed 14 f Prepare 30% Conceptual Plans 15 fgj 30% Conceptual Plan Submittal 16 / vj Review 30% Conceptual Plan(CFW) 17 L✓' Hold Meeting Project 18 VLal Preliminary Design 19 ti/LJ Prepare 60% Preliminary Plans 20 J 60% Preliminary PlanSubmittal 21 VZ-1 Submit Plans to Utilities 22 fL Review 60% Preliminary Plans (CFW) 23 �/ 24 qi 25 26 27 28 Vqb 29 30 31 2 32 33 34 35 36 37 38 ca 39 C✓'�J 40 Hold Project Meeting Final Design Prepare 90% Final Plans 90% Final Plan Submittal Review 90% Final Plans (CFW) Hold Project Meeting Incorporate Final Comments and Submit Final Plans Additional scope identifed and Contract Agreement Route Contract Agreement for Signatures - Additional Design Geotechnical Report Prepare 95% Final Plans and Specifications based on changes 95% Final Plan and Specification Submittal Review 95% Final Plans and Specifications (CFW) Hold Project Meeting Incorporate Final Comments and Submit Final Plans and Specifications Approve Final Plans and Specifications and Route for Signatures Design Complete ROW/Land 01674 - Ray White Gap Duration 20 day! 20 day: 20 day; 95 day: 95 day: 0 day: 35 day: 60 day; 0 day: 0 day: 407 day: 56 day! 0 day: 40 day: 0 day; 15 day: 1 da 37 day: 21 day: 0 day: 5 day: 15 day: 1 da 314 day: 27 day: 0 day; 20 day: 1 da 40 day; Start Finish Predecessors Mon 1/3/1' Mon 1/31/1' Mon 1/3/1' Mon 1/31/1' Mon 1/3/1' Mon 1/31/1' Mon 1/3/1' Mon 5/16/1' Mon 1/3/1' Mon 5/16/1' Mon 1/3/1' Mon 1/3/1' Mon 1/3/1- Mon 2/21/1 ' 6 Tue 2/22/1 ' Mon 5/16/1' 7 Mon 5/16/1' Mon 5/16/1' 8FF Mon 5/16/1' Wed 6/29/1' Wed 6/29/1' Wed 6/29/1' Thu 6/30/1' Thu 8/25/1' Fri 8/26/1- Mon 9/19/1' Tue 9/20/1 ' Tue 9/20/1 ' Tue 10/18/1 Wed 10/19/1' Wed 10/19/1' Wed 11/9/1 Thu 11/10/1' Thu 11/10/1 Tue 12/20/1 Wed 12/21/1' Mon 1/23/1; Tue 1/24/1; 150 day: Tue 3/20/1; 15 day; Fri 10/19/1 30 day: Fri 11/9/1; 20 day: Fri 11/9/1; 0 day; Mon 12/10/1 15 day: Tue 12/11/1: 1 da Thu 1/3/1: 15 day: Fri 1/4/1: 10 day: Mon 1 /28/1: 0 day: Fri 2/8/1: 368 day: Mon 9/19/1' Mon 5/16/1' 9 Fri 2/8/1: Mon 9/19/1' Wed 6/29/1' 10FS+31 days Thu 8/25/1' 13 Thu 8/25/1' 14FF Fri 9/16/1 ' 15 Mon 9/19/1' 16 Wed 11/9/1' Tue 10/18/1 ' 17,16 Tue 10/18/1 ' 19FF,44 Tue 10/25/1' 19,20 Tue 11/8/1 19,20 Wed 11/9/1 22 Fri 2/8/1: Tue 12/20/1. 22,23 Tue 12/20/1' 25FF Fri 1/20/1; 26 Mon 1/23/1; 27 Mon 3/19/1; 27,28 Thu 10/18/1 ; 29 Thu 11/8/1; 30 Mon 12/24/1 ; 31 Mon 12/10/1 ; 31 Mon 12/10/1 ; 33FF Wed 1 /2/1: 34 Thu 1/3/1: 35 Fri 1/25/1: 35,36 Fri 2/8/1: 37 Fri 2/8/1: 38FF,69 Mon 3/4/1; Task Split Milestone Summary Project Summary 111111Iu,III II11111111111 Project Schedule Project: 01674 Report Print Date: Tue 10/16/12 1 of3 Resource Names 2011 2012 2013 2014 Fi M' AI MI JI JI AI S! 01 NI D JI FI M' AI M JI JI AI SI OI NI D JI FI M: AI M JI JI AI SI OI NI D JI FI M' AI Ml JI JI AI SI O; NI General Resource 0 General Resource 13 General Resource General Resource General Resource General Resource External Tasks External Milestone Inactive Task Inactive Task 1 Inactive Milestone • varemastrar Inactive Summary Manual Task Duration -only Manual Summary Rollup Manual Summary 3 • Start -only Finish -only Progress Deadline C 3 CFW - Integrated Program Management Layout: CFW-03 Project Status Schedule for PDF 0 41 ,q 42 43 ID 44 Pj 45 46 47 48 49 50 51 �l 52✓'J 53 54 55 56 57 58 59 60 Task Name ROW / Land Costs Land Costs Negotiations/Easements/Legal Fees PM Meeting with ROW Prepare Right Of Way (ROW) Documents Assign Land Agent/Appraisals Review Appraisals and Prepare First Offe Present First Offer and Negotiation/Acceptance Period Prepare Second Offer (If Needed) Present Second Offer and Negotiation/Acceptance Period (If Needed) Prepare & Deliver Condemnation Packet (If Needed) Condemnation Period (If Needed) Duration 241 day; 241 day: 358 day! 1 dad 29 day: 40 day: 10 day; Start Mon 9/19/1' Mon 9/19/1 Mon 10/3/1 Mon 10/17/1 Tue 10/18/1 ' Mon 10/3/1' Wed 11/30/1 Finish Predecessors Wed 8/29/1: Wed 8/29/1; 16 Mon 3/4/1: Mon 10/17/1' 19FS-2 days Tue 11/29/1 44 Tue 11/29/1 45FF Tue 12/13/1 ' 46 20 day: Wed 12/14/1 ' Thu 1 /12/1 ; 47 10 day: 20 day: Fri 1/13/1; Mon 1/30/1; Fri 1/27/1; 48 Fri 2/24/1; 49 10 day; Mon 2/27/1; Fri 3/9/1: 50 70 day; Mon 3/12/1; Mon 6/18/1; 51 31 53 54 Prepare Prelim Plat for ROW Submit Prelim Plat to Planning & Dev. Prelim Plat reviewed and approved by P&Z Prepare Final Plat for ROW Submit Final Plat Final Plat Review and Approved for filing 15 day! 1 da' 30 day: 10 day: 1 da' 30 day: Fri 11/9/1; Tue 12/4/1; Wed 12/5/1 Fri 1 /4/1: Fri 1/18/1: Tue 1/22/1: Mon 12/3/1; Tue 12/4/1: Thu 1/17/1: Thu 1/17/1: Fri 1/18/1: Mon 3/4/1: Facility/Building Purchase M&C Process - Building/Land Purchase 61 gl Real Property Complete 62 Survey 63 Preliminary Survey 64 I V J. Topographic (Field) Survey 65 qiiiiConstruction Staking 66 Staking 67 Public Involvement 681 Public Involvement / Coordination 69 Li', Hold Public Meeting - Design 70LI Hold Public Meeting - Pre -Construction 71 72 �✓-� 73 74 1-411 75 ✓ -. 76J 77 EJ 78 79 L 'J 80'J 81 82 Utilities Private Utility Relocation Costs Review Plans and Specs - Utilities Utility Relocation Utility Coordination Coordination Utilities Complete Construction Project Management Construction Project Management Advertisement Advertisement Period 01674 - Ray White Gap 161 day! 60 day: 0 day: 720 day! 30 day; 30 day: 120 day; 120 day: 504 day! 504 day: 1 da! 1 dar 355 day; 355 day: 40 day; 30 day: 315 day! 60 day: 0 day: 293 day! 293 day: 293 day: 140 day: 27 day; 55FS-10 days 56 57 Fri 1/13/1; Wed 8/29/1: Fri 1/13/1; Fri 4/6/1: 48 Wed 8/29/1 Fri 7/1/1' Fri 7/1/1' Fri 7/1/1' Wed 11/13/1: Wed 11/13/1: Mon 11/14/1 Mon 11/14/1 Mon 11/14/1 Fri 11/8/1: Wed 10/26/1' Wed 10/26/1' Wed 10/26/1' Mon 2/11/1: Fri 12/23/1' Fri 12/23/1 ' Fri 3/22/1: Tue 4/23/1: Tue 4/23/1: Tue 4/23/1: Tue 4/23/1: Tue 4/23/1: Wed 8/29/1; 52FF,46FF,60,421 Tue 5/6/14 Fri 8/12/1' Fri 8/12/1' 13FS+1 day Tue 5/6/14 Tue 5/6/1i 106SS Fri 11/8/1: Fri 11/8/1: Mon 11/14/1 22FS+3 days Fri 11/8/1: 102FS+4 days Fri 3/22/1: Fri 3/22/1: Thu 12/22/1' 21 Fri 3/22/1: 26, 38, 52 Fri 3/22/1: Tue 3/20/1; 73 Fri 3/22/1: 76FF,74FF Wed 6/18/11 Wed 6/18/1 L Wed 6/18/1 z 83SS Thu 11/7/1: Thu 5/30/1: Task Split Milestone Summary Project Summary Resource Names General Resource General Resource General Resource General Resource General Resource General Resource General Resource General Resource General Resource General Resource MUNNINEVICA External Tasks External Milestone © Inactive Task Inactive Task 1. Inactive Milestone 11 11111111111 111111111111 Project Schedule Project: 01674 2011 FI V AI MI JI JI AI Si O, NI D • 2012 J I FI MI AI MI J I JI AI Si OI 'JI D •�{fig^}+•.•. f I Inactive Summary Manual Task Duration -only Manual Summary Rollup Manual Summary 144_8,, o 1 Start -only 3 Finish -only Progress Deadline Report Print Date: Tue 10/16/12 2 of3 2013 2014 Fi V AI M' JI JI AI Si O: NI D JI FI MI AI MI JI JI Al Si O,` Ni I •- '22 E CF` / - Integrated Program Management Layout: CFW-03 Project Status Schedule for PDF ID 83 85 86 Task Name Start Advertisement Advertisement Period Hold Pre -Bid Meeting Issue Addenda (As needed) Bid Opening Review Bids - Bid Tabulations and Select Contractor 89 MWBE Documentation 90 1111 Submit MWBE Compliance Documents 91 Review and Approve MWBE Compliance Documents 92 M and C Process 93 M&C Process 94 PLJ Start M&C Process - Construction 95 Award Contract - Construction 96 Contract Execution Execute Contract Documents (Contractor) 98 Execute Contract Documents (CFW) Duration 1 0 day: 97 Lj J 99 J_ Pre -Construction 100 Distribute Executed Contract Documents to Construction 101 pi Construction to Schedule Pre -Con Meeting 102 Hold Pre -Construction Meeting with Contractor 103'J Submittals and Approvals 104 Construction Contract 105 Construction Phase Start 106 Construction 107 $ Material / Soil Testing 108 L Material and Soil Testing 109 L✓`j Inspection 110 El Inspections 111 ✓' j Final Inspection 112 Construction Phase Complete 113 $ Landscaping 114 Landscaping 115 '-1 :t Closeout 116✓' Close -Out Report and Review 117 l ij Closeout Review 118 t j Project Complete 119 Acceptance 120 Project Acceptance 121 Project Acceptance 01674 - Ray White Gap 20 day: 1 da) 16 day; 1 da' 6 day: 17 days 5 day: 12 day: 60 day; 60 day; 0 day: 0 days 20 day; 10 day; 10 day; 25 day: 5 day: 10 day: 1 da 10 day: 120 day: 1 dar 120 day; 120 day; 120 day: 150 days 120 days 15 day: 0 days 30 days 30 days 30 day; 30 days 30 days 0 day; 0 day; 0 days 0 clay Start Tue 4/23/1, Tue 4/23/1: Fri 4/26/1: Mon 4/29/1: Tue 5/21/1: Wed 5/22/1: Wed 5/22/1: Wed 5/22/1: Thu 5/30/1 Fri 6/14/1: Mon 6/17/1: Fri 6/14/1, Tue 9/10/1: Wed 9/11 /1: Wed 9/11/1: Wed 9/25/1: Wed 10/9/1: Wed 10/9/1: Wed 10/16/1: Fri 11/1/1: Finish Predecessors Tue 4/23/1: 39FS+6 days Mon 5/20/1: 83SS,38 Fri 4/26/1: 84SS+3 days Mon 5/20/1: 85 Tue 5/21/1: 86,84 Thu 5/30/1: 87 Fri 6/14/1: Wed 5/29/1: 87 Fri 6/14/1 90 Tue 9/10/1: Tue 9/10/1: 94SS,87 Fri 6/14/1: 88,91 Tue 9/10/1: 93FF Tue 10/8/1: Tue 9/24/1: 95 Tue 10/8/1: 97 Tue 11/12/1: Tue 10/15/1 98 Tue 10/29/1: 100 Fri 11 /1 /1: 101FS+2 days Wed 10/30/1: Tue 11/12/1: 101 Wed 11/13/1: Tue 5/6/1i Wed 11/13/1: Wed 11/13/1: 70,103,102,77,61 Wed 11/13/1: Tue 5/6/1 z 105SS Wed 11/13/1: Wed 11/13/1: Wed 11/13/1: Wed 11/13/1: Wed 5/7/1z Wed 6/18/1 z Wed 3/26/14 Wed 3/26/1 z Thu 6/19/1z Thu 6/19/11 Tue 516114 Tue 5/6/1z 106SS Wed 6/18/1 1 Tue 5/6/1 z 106SS Wed 5/28/1z 106,110,114,108,i Wed 6/18/1 z 111 FF,80FF Tue 5/6/14 Tue 5/6/1z 106FF Thu 7/31/1d, Thu 7/31/11 Thu 6/19/12 Thu 7/31/1z 112 Thu 7/31/11 Thu 7/31/1z 117FF Fri 9/12/1i Fri 9/12/1i Fri 9/12/1i Fri 9/12/1' Fri 9/12/1 z Fri 9/12/11 11 RFF+30 days Task 1 Split Milestone Summary Project Summary L 1111111111111111111111111 Project Schedule Project: 01674 Resource Names General Resource General Resource General Resource General Resource General Resource General Resource[3:3 General Resource External Tasks External Milestone Inactive Task Inactive Task 11 Inactive Milestone 4 Report Print Date: Tue 10/16/12 3 of3 2011 1 2012 2013 2014 Fl M; Al M1 JI JI Al Sl O; NI D Jl Fi M; Al M1 JI JI Al S1 01 Nl D Jl FI M. Al IV JI JI Al S! D JI FI M1 Al V11 JI JI Al Sl O; NI I R 4/23 Inactive Summary Manual Task Duration -only 1 Manual Summary Rollup, Manual Summary JI Start -only Finish -only Progress Deadline 1r 9/12 9/12 9/12 !. i r • 1 1' r 1 I • i 1 / 1...4. • Y,I •••tea •• --t• '• '-. .•" is — .s�♦` "^ die e. �..:... 1.••� L.•� I •ti i�f �1.�� 611 �?�1i]ii 2t3 ' 19LT• • 1 1.: iirTEI l; ..S Tea' an ,v� "r. yl El •••' P AZ/ L �.• . s........ ...._........ .........._... -..-.•vim-.-....• -• •.. �•^..- • • -- -.. -.•• ....... - -.... • _ • •• • • • • • .... ....�-i _— r.. • • • OLD DENTON liOAD L- tartat t-r� , " -j 1 - -.,r:i ra (::,...•1 4ei , -I { 1 I J 1, •, wf� t. .: Trrj r._.1 , _} �y 1 _, ~ r • r—1 1 � 1 � •i "'I 1171 �{ `1y 101 it I 1.•1 ��� �.• �,ri',� 1 �.*-,•.1► �\ • t ly - � • 1 1 {,:c pit i 17.1 a-wtJ r�'1 ".tomes -J Min ��rr 1 -�-�•i^r 41!(A.1j_ .'- • r • ,j�tits Lni. "zrzlcs 1.�r • • •1 • T • ./ .--....i..c.),.da. 4-1-I ---4, f=• .‘e1/<VI.J 1... i PIP it a < < 0 m its ift 1 E EMI Yin tan ATI 1 p. . , , LL.7.--ALTA ms,TA art IT 1 • i= • • • Eno r.: ra. Cu CP • • • • • ••••••••• i --"1--t;rirtieritirinilri:::: 1 1-M.9.-:„.eitE ila..2 1‘33 Ca WV CP Zi Zr CI Ca I; Iga airy sel 44 41 al sad ime Eit row GNI 31%c vou 3Ulan ti 0 CP1 171 cP p h3 0 z its 3 -ro • 0 s.n. 3 el • ri) rip as ati 3 0 2 la an 0 171 0 ran 3 ge